SOLICITATION NOTICE
R -- Ship STEC Strains to Scotland
- Notice Date
- 7/25/2022 1:55:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492110
— Couriers and Express Delivery Services
- Contracting Office
- USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
- ZIP Code
- 80526
- Solicitation Number
- 12805B22Q0361
- Response Due
- 8/1/2022 2:00:00 PM
- Archive Date
- 08/16/2022
- Point of Contact
- James Porter
- E-Mail Address
-
james.porter@usda.gov
(james.porter@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the�format in FAR subpart 12.6, as supplemented with additional information included in this notice.��This announcement constitutes the only solicitation; quotations are being requested and a written�solicitation is attached. The solicitation number is 12805B22Q0361 and is issued as a request for quotation (RFQ). THIS IS A TOTAL SMALL BUSINESS SET ASIDE.� The USDA, ARS, Plains Area U.S. Meat Animal Research Center in Clay Center, NE has a need to ship a package containing VTEC strains, a UN3373 category A infectious substance, from the U.S. Meat Animal Research Center to a collaborator at the Roslin Institute in Scotland. This includes all the necessary risk analysis and security for shipping a category 5 organism to Scotland as required by the UK government. The service agreement shall remain in effect until the package has been deliver to the Roslin Institute. The company must be able to ship the package two weeks after the contract is awarded.� See Specifications in the Attachments Section. Contractor is required to have an active registration in the Government�s System Award Management (SAM) for the quote to be accepted.� The Contractor will be required to register in the Government�s Invoice Payment Platform (IPP) and submit invoices electronically for payment. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).� FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.� Additionally, other contract requirements and terms/conditions can be located in the same document. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price.� Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13 106 2(b)(3) to determine which quote represents the Lowest Price Technically Acceptable.� See attached clauses and provisions document for more details. Submit an SF-1449 Form describing the services needed.� Also include a price quote on company letterhead.� Note the Hazardous Waste Inventory Specifications and Performance Work Statement in the Atachments Section.� Make sure to include your company's DUNS or SAM UEI Number. Send the SF-1449 and all related documents to james.porter@usda.gov before the deadline on August 1, 2022.� For technical questions, contact Jim Bono at jim.bono@usda.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award.� Attached Provisions/Clauses apply to this RFQ and any subsequent award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8480ddf36a054db6b19a99e54042cb6d/view)
- Place of Performance
- Address: Clay Center, NE 68933, USA
- Zip Code: 68933
- Country: USA
- Zip Code: 68933
- Record
- SN06400408-F 20220727/220725230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |